SOLICITATION NOTICE
43 -- Central Vacuum System
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0211
- Archive Date
- 10/2/2011
- Point of Contact
- Gary A. Vanover, Phone: 9375224605
- E-Mail Address
-
gary.vanover@wpafb.af.mil
(gary.vanover@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0211 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition is a Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 333319. Size standard is 500 employees. CLIN 0001: Central Vacuum System, Quantity 2 MINIMUM SPECIFICATIONS: Quantity 2 Each Warranty 2 Yr Remote Monitoring Y Oil Lubricated Y Max Noise Level (dBa) 80 # of Pump Motors 2 Horsepower / Motor 7.5 each Motor Voltage 230-460 Tank Size 200 gal Tank Orientation Horizontal Flow @ 20" Hg vac 41 SCFM / 124 ACFM Max Continuous Vacuum Pressure 29.8" Hg Dimensions LxW(D)xH 74"x32"x65" Start Pressure Stop Pressure (" Hg absolute) ("Hg absolute) Lead Pump 22 26 Lag Pump 21 25 Able to individually isolate each pump from the system Main vacuum lines from pump into building to be 1.5" diameter Minimum flow spec.: 100 ACFM @ 29" Hg vacuum Control panels/boxes shall be NEMA 3R rated Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2004). Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 30 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. Quotation shall provide a point-by-point comparison to each item listed in the minimum specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. Quote must clearly show that item offered meets all requirements noted in the Minimum Specifications included in this Request for Quotation. The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Including: 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor - Cooperation with Authorities; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers With Disabilities; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.223-18 -- Contractor Policy to ban Text Messaging While Driving 52.225-3 Buy American Act, NAFTA, Israeli Trade Act, Balance of Payments 52.225-4 Buy American Act -- Free Trade Agreement-Israeli Trade Act Certificate 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference 52.219-6 Notice of Total Small Business Set Aside The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 252.225-7001Buy American Act and Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractor (Apr 2003) 252.211-7003 Item Identification and Validation 252.232-7003 Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications are due by 4:00 p.m. (EST), Wednesday, 31 August 2011, to: Andy Vanover, ASC/PKOBB Fax is 937-656-1412 (ATTN: Andy Vanover). E-mail is: gary.vanover@wpafb.af.mil. Questions should be directed to Andy Vanover at gary.vanover@wpafb.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0211/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02536456-W 20110818/110816235938-75d101eb783ac4f567415e95a53fded7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |